Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2002 FBO #0384
SOLICITATION NOTICE

V -- CONFERENCE SPACE RENTAL AND HOTEL SERVICES

Notice Date
12/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Austin Automation Center, (316= ), 1615 Woodward Street, Austin, Texas 78772
 
ZIP Code
78772
 
Solicitation Number
777-03-H010
 
Archive Date
1/30/2003
 
Point of Contact
Contracting Officer - Karen Lebo, Contracting Officer, (440) 838-6= 028
 
E-Mail Address
Email your questions to Karen Lebo
(karen.lebo@lrn.va.gov)
 
Description
This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space Rental and Audio Visual and Hotel Services located in one of the four geographic areas: San Diego, California; Long Beach, California; San Antonio, Texas; OR Phoenix, Arizona. Request for Quotation 777-03-H010 is in accordance with FAR Subpart 13.5 test program. This is not a solicitation for Event Planning Services. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-09 and VAAR 97-9. NAICS Code 721110 and the small business size standard is $6 million. This BOS announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is April 21, 2003 =96 April 24, 2003 (approximately 150 sleeping rooms, audio visual support, and required meeting space). The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of Clinical Forensic Approaches and Patient Care. The hotel must accommodate 150 sleeping rooms (based on the timeframe), must provide all requirements specified for conference needs in Parts B, C and D below, and must provide lodging rates within the stated Government Per diem. A separate written solicitation document will not be issued. A response to requirements listed below shall be submitted on hotel letterhead and must address all requirements listed in a separate technical proposal. Descriptive literature for facility must also be included in proposal/bid package including meeting room diagram and square footage. Hotel Contract must also be included in response to this solicitation. Hotel must be FEMA approved and accommodate an estimated 170 attendees with the following needs: Part A: Hotel Lodging suite type only- (1a) 150 sleeping rooms for participants arrival on 4/21/03 through 4/24/03. Rooms must be individual/private sleeping rooms with toilet facilities at government per diem rate for the San Diego, California ($99); Long Beach, California ($99); San Antonio, Texas ($91); and Phoenix, Arizona ($79) area. Part B: (1) Meeting Space-General Session Meeting Room for 4/22/03-4/24/03 to accommodate 170 ppl classroom seating (2 per 6=92 skirted table with 2 aisles; Head Table on a riser next to the podium for 4 ppl in the front of the General Session room with 2 table microphones; 1 skirted 6=92 table in the rear of the General Session for conference materials; 2 floor microphone for participant use; podium with microphone and clock/timer; 1 lavaliere microphone; LCD Data projector; large screen) held on 24-hr basis beginning at 4:00 pm on April 21, 2003 and ending at 3:00 pm on April 24, 2003. (2) Four breakout room needed for Resource Room on 24 hr basis beginning April 22, 2003 from 8:00 am until April 24, 2003 at 3:00 pm and should be set up in U-shaped style with 20 chairs outside of the U with room to allow approx 25 flow thru traffic; Podium with microphone; LCD Data Projector; Screen; Lavaliere Microphone; one 6=92 skirted table in rear of each breakout room for program materials.=20 This room should be adjacent to or very close to general session room and break area. Registration to be set-up outside of the conference room (three 6=92 skirted tables with four chairs and two waste baskets. =20 Part C: Light refreshment for morning and afternoon breaks will be required from April 22 through April 24, 2003. Part D: 1. Other requirements; variety of restaurants with walking distance (not to exceed 4 normal blocks) in safe area. 2. Must be at least 2 star (**) hotel. Only proposals from Hotels that are compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) (15 W.S.C. 2201 et. Seq.) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at=20 http://www.usfa.fema.gov/hotel/search.cfm. Offerors proposing facilities that are not listed will be rejected as non-responsive. In addition, the offeror=92s facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Only Hotels that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their letterhead, along with the Hotel Contract. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 with evaluation factors listed in descending order of precedence: size, price, experience with large VA conferences. Evaluation may be made with or without discussions with the offeror(s). Prices will be evaluated in terms of cost for accommodations and service, and costs for cancellation and attrition. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors in descending order of importance: location, price); 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE =3D3DOfferors must include a completed copy of Offeror Representations and Certification along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c )(2)(xii) the following provisions under the clause apply (b)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25) (b)(26) applies if Government Purchase Card is used, (c)(1), (c)(2), and (c)(4); FAR 52.232-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; 852.237-70 Contractor Responsibilities; and 852.270-1 Representatives of Contracting Officers. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, and a completed copy of provision 52-212-3. Submit all price, descriptive literature, technical proposals, and Hotel Contract to Melissa Green, Event Manger/Contracting Officer, EES, 311 west Main Street, Durham, North Carolina 27701. Phone: 919-680-6841 x247, FAX: 919-286-6842, email: Melissa.Green@lrn.va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is December 31, 2002 3:00 PM ET
 
Web Link
Draft RFP 777-03-H010
(http://www.bos.oamm.va.gov/solicitation?number=3D777-03-H010)
 
Record
SN00226973-W 20021221/021219213600 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.